DOCUMENT
99 -- REQUEST FOR INFORMATION β EXPENDABLE ELECTRONIC ATTACK PAYLOAD ANALYSIS - Attachment
- Notice Date
- 12/18/2012
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00164 Naval Surface Warfare Center, Indiana 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016413SNB05
- Archive Date
- 3/18/2013
- E-Mail Address
-
POINT OF CONTACT
(greg.thomas@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for information/sources sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. 1)MARKET SURVEY - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI announcement as part of a market survey to obtain technical and program related information useful for the conduct of an Expendable Electronic Attack (EEA) Payload Analysis. This effort is intended to examine payloads that have a reasonable potential to meet the performance concept and provide a low cost, EEA Payload capability. Details regarding the content of information sought are cited below and in a classified attachment to be provided upon request. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with or engaging in discussions with the Government. 2)RFI Response Intent: The Navy requests data on EEA Payloads at Technology Readiness Level (TRL) 6 or greater TRL that meet the minimum requirements listed in Table 1, although EEA Payloads at TRL 5 that can be updated to TRL 6 may be considered. TRL 6 is defined as follows: The payload has been demonstrated in a relevant environment . An example of a TRL 6 demonstrated technology would be as follows: Testing a prototype in a high fidelity laboratory environment or in a simulated operational environment. The operational environment is a non-operational captive carriage of a host platform/payload on a tactical jet followed by ejection from the tactical jet and transition of the host platform/payload to an operational state. It is expected that any proposed EEA Payloads will consist of Radio Frequency (RF) up/down conversion, Digital RF Memory (DRFM) based technique generator(s), processors, amplifier(s), and associated software/firmware. Responders may assume that the host platform will provide required receive and transmit antennas. Maximum Volume8 x 4 x 12 cubic inches Maximum weight26 lbs Prime Power 28 volts DC Design Operational Life30 Hours Shelf life15 years Table (1) Minimum EEA Payload Requirements 3)RFI Response Content: The Navy requests the information cited in 3a 3d below for EEA Payloads that meet the minimum requirements in Table 1. (a)Maturity: Provide supporting justification for performance and technology maturity, including design approaches, materials, technologies, prior or on-going development of similar sub-systems, and test data. Each of the items in Table (2) should be addressed. A detailed block diagram and state diagram should be provided to assist in understanding Hardware/Software functionality. Table (2) Requested Information (b)Hardware and software components developed at responder s expense and/or considered to be proprietary should be identified. (c)Rough Order of Magnitude (ROM) Cost Estimates & Schedule Estimate: Provide ROM cost estimates for the purchase of a quantity of one (1) AND a quantity of two (2) EEA Payloads at TRL 6 or greater, along with the time period to produce and deliver the subject EEA Payloads. (d)If any payload components are identified at TRL 5, then the proposed solution should describe the following: i.The technologies requiring technical maturation. ii.A schedule estimate of duration and time-phasing required to achieve TRL 6. iii.Cost required to achieve TRL 6, along with the information under 3(c) for the achieved TRL 6 EEA Payload 4)RFI Response Process: The Navy requests interested responders to contact the government for access to the SECRET Capability Document and Security Classification Guide (SCG) which provide amplifying information for this RFI. The Capability Document and SCG will only be sent upon verification of the responder s ability to handle secret information. Interested sources must submit a request via email to the RFI Technical Point of Contact (TPOC) identified at the end of this announcement. Responders will be required to: (a)Submit CAGE codes for security verification and authorization purposes through the RFI TPOC (b)Provide a classified mailing address for their facility and their Facility Security Officer s name, phone number and email address; and (c)Possess Defense Security Service approvals for personnel and facility handling and processing of classified information up to and including the SECRET classification level. 5)There are no page limits governing the RFI responses to be submitted to the Government. However, the Government desires submitted responses to be formatted in a manner that organizes information to follow paragraph 3(a) through 3(d) above and be submitted with a table of contents. The information should be submitted with a cover letter, on letterhead, that identifies (a)The name, address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) of the source; and (b)A primary and secondary POC (including name, phone number, fax number, and email address). Use of Microsoft Office (PowerPoint, Excel, Word, Project) and Adobe products is required. The Government requests one paper copy and one electronic copy (on Compact Disc) of all submitted information. Each response must identify the RFI reference number, N00164-13-SNB05, when responding to this notice. All responses provided must be classified no higher than SECRET. The classified mailing address for the RFI response is provided at the end of this announcement. 6)Proprietary, Limited Distribution and Classified Information Markings: It is incumbent upon sources providing responses to this RFI to identify all data contained within that is proprietary, has limited distribution requirements, and/or contains classified information. Classified information that is a part of the RFI response must be in accordance with the provided Security Classification Guide, must be appropriately marked (including portion marking), and must comply with the requirements of the DD 254 Contract Security Classification Specification. 7)Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this RFI. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary/classified information) to employees of those organizations listed below. Employees of these organizations that participate in the RFI are required to sign and submit Non-Disclosure Agreements. Beyond the below commercial firms, the Government will not release any marked Proprietary information, received in response to this RFI, to any firm, agency, or individual outside the Government. Naval Solution Inc (NSI), Lexington Park MD 8)At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. 9)RFI TPOC: Name: Mr. Greg Thomas Phone: 812-854-3925 Email: greg.thomas@navy.mil RFI CLASSIFIED Response Mailing Address Outer Envelope: Commander NAVSURFWARCENDIV Attention: Building 3330 Security Manager 300 Highway 361 Crane, IN 47522-5001 Inner Envelope Commander NAVSURFWARCENDIV Airborne Electronic Attack Division Code WXS, Building 3330C 300 Highway 361 Crane, IN 47522-5001 Attention: Mr. Greg Thomas
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB05/listing.html)
- Document(s)
- Attachment
- File Name: N0016413SNB05_13SNB05_specnote.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB05_13SNB05_specnote.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB05_13SNB05_specnote.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016413SNB05_13SNB05_specnote.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB05_13SNB05_specnote.docx)
- Record
- SN02951282-W 20121220/121218234623-420c6da8e71598eceb4beba1f7b071d8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |